Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

C -- Renovations and Additions to the U. S. Post Office/Courthouse/Custon House

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southeast Sunbelt Region (4PCC), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-06-EX-C-0121
 
Response Due
6/29/2006
 
Point of Contact
Laurie Chestnut, Contract Specialist, Phone (404) 331-4368, Fax (404) 730-9643, - Laurie Chestnut, Contract Specialist, Phone (404) 331-4368, Fax (404) 730-9643,
 
E-Mail Address
laurie.chestnut@gsa.gov, laurie.chestnut@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MODERNIZATION OF AN HISTORIC STRUCTURE GSA Design Excellence Solicitation for Lead Design Architect C-Architect-Engineer Services Solicitation #GS-04P-06-EX-C-0121 Region: Southeast Sunbelt City: Atlanta State: Georgia Contracting Officer: Laurie Chestnut Phone Number: 404-331-4368 PROJECT: Renovations and Additions to the United States Post Office/Courthouse/Custom House, NC0011ZZ, New Bern, North Carolina BUILDING TYPE: United States Courthouse CLIENT AGENCIES: U.S. District Court, U.S. Bankruptcy Court, U.S. Attorney, U.S. Marshals Service, U.S. Probation, Public Defender SIZE: 37,954 GROSS SQUARE FEET PARKING SPACES: 53 OUTDOOR SPACES CONSTRUCTION BUDGET: $8,500,000.00 to $9,000,000.00 FUNDING: Funds are NOT currently available. GEOGRAPHIC LIMITATION: A/E firms are advised that at least 35% of the total level of contract effort must be performed in the State of North Carolina. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is a set-aside and restricted to small businesses. The NAICS Code is 541310; the size standard is no more than $12,000,000 gross receipts over a three (3) year period or no more than $4,000,000 gross average receipts per year over a three (3) year time frame. Small, women-owned, and small disadvantaged, HUBzone, Veteran-Owed and Service-Disabled Veteran Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Through the preservation and modernization of an historic federal building, this project continues the legacy of outstanding public architecture that was initiated with the founding of the nation. In accord with this tradition, the General Services Administration (GSA) Design Excellence Program seeks to commission our nation’s most talented architects, landscape architects, interior designers, and engineers to prepare our historic federal buildings for the next 50 – 100 years of service. These projects are to demonstrate the value of integrated design that balances historic significance with current needs; balance aesthetics, cost, constructability, reliability and reduced energy consumption; create environmentally responsible and superior workplaces for civilian Federal employees; and give public expression to our democratic values. In this context, GSA announces an opportunity for Design Excellence in public architecture for performance of Architectural-Engineering Design in accordance with GSA quality standards and requirements including P-100 (Facility Standards for the Public Buildings Service). As required by law, all facilities will meet Federal energy goals, including the new standards mandated by EPACT 2005, security requirements, and the Architecture Barriers Act Accessibility Standards. All projects will be LEED certified. PROJECT DESCRIPTION - The project requires renovations and additions to the 1933 U.S. Post Office/Courthouse/Custom House, located at 413 Middle Street, New Bern, NC 28360-0000. The PO-CT-CH is located in the New Bern Central Business District. This district is located within the historical district of New Bern, North Carolina. It is a three-story Georgian Revival style building clad with red brick veneer (laid in common bond) with limestone trim and a granite base. The steeply pitched roof is slate with copper-clad arched dormers at each end and a four-story wood cupola, painted white. The PO-CT-CH is listed on the National Register of Historic Places. The site is nearly level, elevated slightly above the street grade allowing drainage to the street. It is approximately 1.20 acres. To the rear of the building there is an asphalt paved parking area (13 assigned spaces of the 53 total outside spaces) and loading dock. The project proposes a complete renovation, alteration, and additions to the building in a manner sensitive to the historic nature and fabric of the building. The program is to maximize the building’s capacity to function strictly as a court facility and provide for the 30-year needs of the court. The project includes restoration of facade, improving ADA access, landscaping, roof repair, and building additions. There are also requirements to: restore, repair and provide for blast protection at courtroom windows; install a new sprinkler system, fire alarm, exit signage and emergency lighting; abate and remove hazardous materials; replace the existing elevator, add two new elevators; and upgrade the HVAC, electrical, and plumbing systems with a focus on reducing energy consumption. Historic interiors will be restored, and major portions of tenant-inhabited space will be rebuilt to meet the customers’ requirements. This project will provide superior workplaces for civilian federal employees, and shall serve as an example of successful historic preservation while making a distinct architectural statement that is responsive to the existing character of the building. The design will follow the Secretary of Interior’s Standards for Rehabilitating Historic Buildings and Building Preservation Plan (BPP) guidance, respecting the historic character of the building while accomplishing the project requirements. GSA will contract separately during the design phase for Construction Manager Services. The Construction Manager will be an active participant in the design process to provide (in addition to the A/E): construction expertise, estimating and cost information, and functionality, including energy efficiency, and constructability reviews. SCOPE OF WORK - The facility will be designed using English units of measurement. The scope of professional services will require at a minimum: professional architectural, landscape architectural, engineering, interior design, and related consulting services for clear and concise communication of the design intent to contractors who will construct the work. The scope of work will require at a minimum: design development drawings, specifications, cost estimates, schedules, value engineering services, life cycle costing, space planning, computer-aided design (CAD) and construction phase services (option to be exercised at a later date) for a facility that includes the renovations and alterations to the existing building and related systems, site development and parking, client program requirements, and sustainable, energy-saving features. The facility must be designed to meet the energy goal established by GSA. The design is also to include the GSA design standards for secure facilities; EPACT 2005 compliance; P100 (Facilities Standard for the Public Buildings Service); adherence to the Architecture Barriers Act Accessibility Standards; the Courts Design Guide requirements; the U.S. Marshals design requirements and any other agency specific guidelines as part of the design. The design of the facility shall include sustainable design and construction practices following the LEED format with a requirement for Certification and will incorporate total building commissioning as defined by GSA design guides. There will be a formal partnering process throughout the design and construction phases to promote successful project development and execution through voluntary commitments to accomplish established agreed-upon project objectives by all involved parties to their mutual benefit. This building is listed on the National Register of Historic Places. Each design submission must be approved by the Regional Historic Preservation Officer, who will coordinate external review by the State Historic Preservation Officer (SHPO) and Advisory Council on Historic Preservation, in compliance with the National Historic Preservation Act, Section 106. Design submissions will include a preservation report with captioned photographs and relevant design details identifying preservation design issues and solutions as they are developed. Every effort will be made to avoid adversely effecting original materials and design in the buildings restoration or preservation zones identified in the BPP. Alteration or removal of original materials and design requires special justification and a Memorandum of Agreement with the SHPO. The selected A/E firm will assist GSA in obtaining any required MOA’s. SELECTION PROCESS - This is a request for qualifications (RFQ) of A/E firms/lead designers interested in contracting for this work. The A/E firm as used in this RFQ means an individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering that will have contractual responsibility for the project design. The Lead Designer is the individual or the team of designers who will have primary responsibility to develop the concept and the project design. A/E firms are advised that at least 35% of the level of contract effort must be performed in the State of North Carolina. The A/E firm will address the contractual relationship with the lead designer and project team in Stage II. At that time, the following specialty consultants will be required for security, fire and life safety, asbestos abatement, audio-visual systems, lighting, acoustics, and water intrusion. The A/E selection will be completed in two stages as follows: In Stage I, interested Lead Designers and associated A/E firms will submit portfolios of accomplishment that establish the design capabilities of the Lead Designer and design firm. In Stage II, short-listed Lead Designer-A/E teams will be interviewed. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/4PCC/GS-04P-06-EX-C-0121/listing.html)
 
Place of Performance
Address: New Bern, North Carolina
 
Record
SN01338800-F 20070712/070710223040 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.